|
COMMERCE BUSINESS DAILY ISSUE OF JULY 28,1995 PSA#1398U. S. Department of State, A/FBO/AP/AD/DCB, Room L-600, P.O. Box 12248
Rosslyn Station, Arlington, VA 22219 Z -- PRE-QUALIFICATION FOR REHABILITATION OF THE EXISTING CHANCERY
BUILDING IN NEW DELHI, INDIA SOL S-FBOAD-95-R-0211 DUE 083095 POC James
K. Kimmel, Contract Specialist, 703-875-6276 Patricia Regalo-Warren,
Contracting Officer, 703-875-6282. The U.S. Department of State, Office
of Foreign Buildings Operations (FBO) is seeking to pre-qualify
offerors for mechanical/electrical/plumbing, fire alarm/sprinkler
replacement and minor architectural renovations of an existing Chancery
building (OBC) in New Delhi, India. This acquisition will be limited to
eligible 8(a) concerns in accordance with the SBA Section 8(a)
competitive acquisition program. Eight-a firms interested in
pre-qualifying for this procurement should note that the Federal
Acquisition Regulation (FAR) prescribes limits on sub-contracting by
8(a) firms on set-aside acquisitions. For general construction, SIC
code 1542, the 8(a) firm must perform at least 15% of the cost of the
contract, not including the cost of materials, with its' own employees.
In addition, the SBA imposes certain restrictions on the type of joint
venturing an 8(a) firm may do on a set-aside acquisition. It is
recommended that if your firm contemplates joint venturing with another
firm(s), the Office of Minority Enterprise Development in the SBA
district closest to you be contacted for guidance/restrictions. The OBC
is two stories high, plus basement, with a large central open court
with reflecting pool. The total area of the building is 11,212 gross
square meters. The project specifics include: Architectural -
replacement of basement corridor doors, relocation of the elevator
pump, provision of new fire stair and corridor exiting doors,
replacement of approximately 90% of the dropped ceiling, enclose the
main electrical room, provide new exterior fire exit door in basement,
provide various new walls in the basement; Mechanical - remove chilled
water plant and connect to new system, replace chilled and hot water
distribution system within the building, provide new ventilation system
throughout, replace existing air handling units, duct work and air
devices, replace exhaust fans, install building electric controls
system, install underground fuel oil tank and fuel oil piping to feed
new oil fired domestic water heater and heating boiler, install
temperature control valves and controls panels on room fan coil units;
Plumbing - replace pressure boosting system and original piping,
replace domestic cold and hot water piping and sprinkler/standpipe
piping mains, replace filtration systems and pumps for reflecting pool
and water garden; Electrical - replacement of approximately 90% of
lighting fixtures, replace switchboards and distribution panels,
reconfigure the emergency system, reconfigure commercial distribution
power system to incorporate emergency power and UPS, replace wiring and
configuration receptacles where needed, remove two 125 KVA generators;
Fire - install building fire alarm system, replace sprinkler system
and standpipes in basement, add sprinkler heads on corridor basement
pipes; and Roof replacement as an alternate priced item. The
performance period is expected to be 21 months. The estimated value of
construction ranges from $3.5 to $4.5 million. It is anticipated that
85% of the work can be done with local labor and 15% with cleared
American labor only. Prospective offerors must meet the following
pre-qualification criteria, and provide details of their qualifications
in writing, in order to receive the solicitation: A) provide data
assuring financial capability of performing the work; B) show
completion of similar construction/renovation projects between $3.5 and
$4.5 million; C) show successful completion of similar or larger size
projects outside the United States; D) show completion of equivalent
construction/renovation projects where the faciltiy was operational
during construction; and E) satisfactory performance on a similar U.S.
Government contract, if any. Although previous performance of a
similar Government contract is not a requirement,, if such contracts
have been performed, the contractor must have satisfactorily performed
said contract. The successful offeror, including all entities which
comprise a joint venture, must possess a Department of Defense (DOD)
Secret facility clearance issued in accordance with the Industrial
Security Manual, DOD 5220.22-M, prior to contract performance.
Specifically designated personnel assigned to the contract must also
possess Secret personnel security clearances issued by the Defense
Industrial Security Clearance Office. A period of 120 calendar days
will be allowed for the successful offeror to obtain the necessary
facility and personnel security clearances. Failure to obtain these
clearances within 120 days may be grounds for disqualification. A
pre-proposal conference will be held in New Delhi, India, but no
security clearance will be required for attendance. Interested
applicants must request, by mail or facsimile, a pre-qualification
application, Form DS-1037, within 15 days of publication of this
announcement from James K. Kimmel at the following address: U.S.
Department of State, A/FBO/AP/AD/DCB, P.O. Box 12248 Rosslyn Station,
Arlington, VA 22219 or FAX 703-875-6292. Completed applications must be
returned by 3:00 P.M., EST, August 30, 1995. (0207) Loren Data Corp. http://www.ld.com (SYN# 0199 19950727\Z-0001.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|